|
COMMERCE BUSINESS DAILY ISSUE OF FEBRUARY 15,1996 PSA#1532FAA Technical Center, Contracts Branch ACT-130, Atlantic City
International Airport, NJ 08405 C -- DESIGN AND ENGINEERING SERVICES FOR DESIGN AND MODIFICATION OF
BUILDINGS, UTILITIES SYSTEMS, AND AIRFIELDS SOL NOT APPLICABLE POC
Laurel P. Wittman, Contracting Officer, 609-485-6719. The selected firm
will enter into negotiations for a task order contract with the
Government. The contract will be for a two year base period with 3
one-year options. Individual delivery orders will be negotiated (as
Title I, fixed price, and Title II, labor-hour agreements) and awarded
for specific tasks during the term of the contract. The duration and
cumulative amount of the contract including any extensions shall not
exceed 5 years or $3,500,000. Commencement of these services is
scheduled on or before September 1, 1996. The selected firm will need
sufficient flexibility to be available on an as- needed basis to
provide design assistance to the FAA Technical Center engineering staff
on a multiplicity of project types at the FAA Technical Center,
Atlantic City International Airport, NJ. Designs will involve
architectural, civil, structural, electrical, mechanical,
environmental, energy and electronic disciplines. Professional
registration in each of the above disciplines will be required. Work
will include, but not be limited to: Site adaptations of standard
designs, special designs, facility space alterations, design studies
and preliminary designs, environmental studies and impact statements,
final designs, energy retrofits, structural analyses and modifications,
heating plant modifications, substation and UPS installations, fire and
emergency systems modifications, water treatment and distribution
system modifications, airport improvements, pavement analyses and
modifications, facility master plans and construction support,
including shop drawing review. Selection shall be based on the
following criteria: 1. Professional qualifications of firm including
basic understanding of the engineering requirements as they relate to
design and modification of buildings, utilities systems, and airfields,
qualifications of the professional staff, internal quality control,
design approach and design economics. 2. Specialized abilities,
experience, and technical competence of the firm in the type of work
required including design approach and design economics. 3. Capacity to
accomplish the work in the required time, even if several projects are
assigned simultaneously. 4. Past performance on similar contracts with
Government agencies and private industry, in terms of cost control,
quality of work, and compliance with performance schedules. 5. Design
firm location and knowledge of the Technical Center locality. 6.
Experience and facilities in the field of computer-aided design and
drafting. Factors two and three are of equal weight and less than the
weight given to factor one. Factors four, five and six are of equal
weight and less than the weight given to factors two and three. Those
firms qualified to provide the services described in this announcement
and submitting SF-254 (Architect-Engineer and Related Services
Questionnaire) and SF-255 (Architect-Engineer Related Services for
Specific Project) to reach the FAA Technical Center within 30 days from
the date of publication of this notice will be considered for
selection. Item 4 of SF-255 shall indicate personnel strength of the
principal firm at the office where work is to be accomplished.
Additional personnel strength, including consultants, may be indicated
parenthetically. A copy of the latest SF-254 should be submitted for
the firm and for each of its consultants, even though they have been
submitted previously. This is not a Request for Proposal. (0044) Loren Data Corp. http://www.ld.com (SYN# 0033 19960214\C-0007.SOL)
C - Architect and Engineering Services - Construction Index Page
|
|